SOLICITATION NOTICE
J -- Air Compressor/Breathing Air Maintenance Service - Statement of Work
- Notice Date
- 6/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTB94103AQ02
- Archive Date
- 7/17/2014
- Point of Contact
- Joseph L. Derevage, Phone: 334-953-0530, Kevin Albertson, Phone: 334-953-6569
- E-Mail Address
-
joseph.derevage@us.af.mil, kevin.albertson.1@us.af.mil
(joseph.derevage@us.af.mil, kevin.albertson.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Department of Labor Wage Determination Statement of Work for the Atlas Copco Air Compressor Preventive Maintenance and the Del-Monox breahting Air System Preventive Maintenance GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to acquire services as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for proposal (Reference-Number F2XTB94103AQ02 ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-74 and Defense Acquisition Circular 20140528 effective date 28 May 2014. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 811310, size standard $7.0 Million "Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase the below listed services. This procurement will be awarded under Simplified Acquisition Procedures to offeror who is lowest price technically acceptable. All inquiries/responses to this notice must be received by 2 July 2014, 12:00 hrs CST. Period of Performance (PoP):15 July 14 - 30 September 14 (base year) with four (4) one-year options. SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide the service listed below, which is to be performed on Maxwell, AFB. CLIN 0001: Non Personal Service to Provide - Atlas Copco Air Compressors Visit A -Preventative maintenance service is completed every 4,000 hours (or 1 year) for Model Numbers GA11 & GA18, 7,5-10 bar, Serial Numbers AII273248, AII273249 and AII274624 to include: Take service readings (air, oil water temps/pressures); Change air filter elements; inspect cooling fan hub; check cooling air flow; check elektronikon functions; check function of gauges/elektronikon; test pressure relief valves; test air temp switches; check indicator lamps/warning indicators; check motor greasing+overload setting; check for air-water- & oil leakage; clean air filter housing; check coupling/belts; check rotation; check fastenings; check electrical components; clean compressor; change compressor oil filter; grease bearings; test regulating system; check function of after cooler; function test moisture trap; check operation minimum pressure valve; check oil level; check oil and aftercooler, clean extern; reset P switch /Electronicon function IAW the Statement of Work. CLIN 0001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Base Period PoP: 15 July 14 - 30 September 14 CLIN 1001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 1 PoP: 1 October 2014 - 30 September 2015 CLIN 2001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 2 PoP: 1 October 2015 - 30 September 2016 CLIN 3001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 3 PoP: 1 October 2016 - 30 September 2017 CLIN 4001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 4 PoP: 1 October 2017 - 30 September 2018 CLIN 0002 Non Personal Service to Provide - Del-Monox Breathing Air System, Model 5S13, and Serial Number 1195285-1 Visit A - Three-month preventative maintenance service to include: Inspection; check for leaks; check dew point and indicator lamps (FF only); inspect check valve; check pressure drop; replace cartridges pre- and after-filters; check CO monitor/recalibrate IAW the Statement of Work. Visit B - Six-month preventative maintenance service to include: Inspection; check for leaks; check dew point and indicator lamps (FF only); inspect check valve; check pressure drop; replace control valve O-ring; replace regen strainer; change moisture indicator; check CO monitor/recalibrate IAW the Statement of Work. Visit C - Nine-month preventative maintenance service to include: Inspection; check for leaks; check dew point and indicator lamps (FF only); inspect check valve; check pressure drop; replace cartridges pre- and after-filters; check CO monitor/recalibrate IAW the Statement of Work. Visit D - Twelve-month preventative maintenance service to include: replace final filter element; check for leaks; replace mufflers; check dew point and indicator lamps (FF only); inspect check valve; check pressure drop; replace control valve O-ring; replace cartridges: pre- and after-filters; replace the catalyst vessel; replace regen strainer; change moisture indicator; replace desiccant; overhaul upper poppet valve; overhaul lower poppet valve; check CO monitor/recalibrate IAW the Statement of Work CLIN 0001: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Base Period will only include Visit D PoP: 15 July 14 - 30 September 14 CLIN 1002: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 1 PoP: 1 October 2014 - 30 September 2015 CLIN 2002: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 2 PoP: 1 October 2015 - 30 September 2016 CLIN 3002: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 3 PoP: 1 October 2016 - 30 September 2017 CLIN 4002: Qty: ______ Unit: Hrs Unit Price: $_____________ Total Cost: $_____________ Option Year 4 PoP: 1 October 2017 - 30 September 2018 CLIN 0003, 1003, 2003, 3003, 4003: Cost reimbursable parts and repairs-cost reimbursable parts and repairs IAW the Statement of Work paragraph 1.2 Do not bid, government will provide dollar amount. Total: $__________ *All work is to be performed in accordance with (IAW) the attached Statement of Work. PROPOSAL PREPARATION INSTRUCTIONS To assure timely and equitable evaluation of proposals, offerors must comply with the instructions contained herein. Noncompliance may raise doubt regarding an offeror's performance capabilities and may be grounds to eliminate the proposal from consideration for contract award. Proposals must be complete, self-sufficient, and respond directly to the requirement of the RFP. The response shall consist of two sections: (1) Price and (2) Past Performance. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, initial price should contain the offeror's best terms from a price standpoint. Submitted documents must be fully responsive to and consistent with the requirement of this RFP. (A) Price Proposal : The offeror must provide a price for the each item listed above (0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001 and 4002); (B) Past Performance : Please submit at least two references that can provide relevant past performance information. Relevant information is the same or a similar type service as described in this combined synopsis/solicitation. Past performance information, must include contract number, points of contact with telephone numbers and other information the offeror deem relevant for same or similar service described in this combined synopsis/solicitation. •a. The offeror must submit dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror accedes to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. •b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items •c. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. •d. To be eligible to receive an award resulting from this RFP, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. IMPORTANT NOTE: This requirement is a 100% small business set-aside. Neither multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD This is a competitive lowest priced technically acceptable acquisition utilizing simplified procedures authorized by FAR 13. For proposals determined technically acceptable, an award will be made to the lowest priced offeror. An offeror will be determined technically acceptable if no exception is taken to the Statement of work and requirements of the RFP. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions are included: 52.204-7, System for Award Management 52.212-1, Instructions to Offerors- Commercial Items 52.212-3 and Alt 1, Offeror Representations and Certifications - Commercial Items 52.217-5, Evaluation of Options 252.203-7005, Representation Relating to Compensation of Former DoD Official 252.204-7004 Alt A, System for Award Management The following clauses are included: 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance. 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-17, Non-Displacement of Qualified Workers 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41, Service Contract Act of 1965 52.222-50, Combating Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. DFARS Clauses: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7000, Disclosure of Information 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications By Full Text: Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Clause 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only because of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. Clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 57 months. Clause 52.224-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 5419-Stationary Operating Maintenance WG-10 Step 2-$22.69 per hour (End of Clause) Clause 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ Clause 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) Clause 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. DFARS Clauses: Clause 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. (Revised May 28, 2014) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) AFFARS Clauses: Clause 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clause 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [ insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management ] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) SPECIAL INSTRUCTION 45 REQUIRED INSURANCE Reference FAR clause 52.228-5 entitled "Insurance..." the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $ 500,000 per occurrence shall be required on the comprehensive form of the policy. c. Automobile Liability Insurance. The insurance shall be required on the comprehensive form of policy and shall provide bodily and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000, per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. This insurance shall cover the operation of automobiles by Contractor employees and authorized Government employees and third parties. SPECIAL INSTRUCTION 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFARS Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator selects only one (1) of the following: Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number : Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order : Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC : Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC : Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC : Block 16 (Administered by) of SF1449) Ship-To Code : Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code : Not a required field for Air Force contracts. Inspected by DoDAAC : Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then youmust provide the DoDAAC / Ext this code identifies the inspector. Service Acceptor : Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext : Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS : The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor : Contract Specialist : Joseph.derevage@us.af.mil Contracting Officer : kevin.albertson.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) SPECIAL INSTRUCTION 114 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Points of Contact: Joseph Derevage Contracting Specialist Phone (334) 953-3913, Fax (334) 953-3527 joseph.derevage@us.af.mil Kevin Albertson Contracting Officer Phone (334) 953-6569, Fax (334) 953-3527 kevin.albertson.1@us.af.mil 7.1. ATTACHMENTS: Attachment 1. Statement of Work Attachment 2. Wage Determination (WDOL)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XTB94103AQ02/listing.html)
- Place of Performance
- Address: Maxwell AFB, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN03399198-W 20140620/140619022125-adc55018a54e0b253fa4e13b854a4ce3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |